Chair Tenders
Chair Tenders
Philippine Council For Health Research And Development Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotations The Philippine Council For Health Research And Development (pchrd), Through Its Bids And Awards Committee (bac), Requests Philgeps Registered Suppliers To Submit Quotations For The Procurement Of One (1) Lot Preventive And Corrective Maintenance Services Of Pchrd Motor Vehicles For Year 2025 With A Total Approved Budget For The Contract (abc) In The Amount Of Eight Hundred Fifty Thousand Pesos (p 850,000.00). Scope Of Works: See Attached Terms Of Reference (tor) Qualified Bidders Should Submit Their Quotations To The Address Below On Or Before February 10, 2025 (monday), 10:00 Am. Failure To Strictly Comply With The Deadline And General Conditions Shall Automatically Disqualify The Bidder/s From The Bidding Process. Winning Bidder Will Be Required To Submit Additional Requirements As Stipulated In The Irr Of Ra 9184. Pchrd Reserves The Right To Reject Any Or All Quotations, To Waive Formality Therein And To Accept Offers That May Be Considered Most Advantageous To The Government. For Further Information, Please Refer To: Mr. Cirio D. Pangan Jr. Secretariat, Bids And Awards Committee Philippine Council For Health Research And Development Pchrd Saliksik Building, Sikap Street, Dost Main Compound, Gen. Santos Ave., Bicutan, Taguig City Email: Procurement@pchrd.dost.gov.ph Tel. No.: 8837-2931 Loc. 506 (sgd.) Maria Violeta G. Intia Chair, Bac
Closing Soon10 Feb 2025
Tender AmountPHP 850 K (USD 14.6 K)
Municipality Of Botolan, Zambales Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Municipality Of Botolan, Through The General Fund Intends To Apply The Sum Of P 559,800.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Hotel Accommodation, Food, And Function Hall For The Conduct Of Strategic Planning Workshops For Fiscal Year 2025 Of This Municipality On March 5-7, 2025 At Crowne Plaza Manila Galleria, Quezon City, Philippines. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Botolan Now Invites Bids For Hotel Accommodation, Food, And Function Hall For The Conduct Of Strategic Planning Workshops For Fiscal Year 2025 Of This Municipality On March 5-7, 2025 At Crowne Plaza Manila Galleria, Quezon City, Philippines. Delivery Of Items/services Is Required Within Five (5) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Botolan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 12:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p 500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before February 20, 2025 /12:00 Noon At Sb Session Hall, 2f Municipal Hall, Botolan, Zambales. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened At 2:00 P.m. On February 20, 2025 In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipality Of Botolan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Maria Nicholette C. Rojo Bac Secretariat, Bids And Awards Committee Municipal Hall Botolan, Zambales Email: Marianicholette.rojo@gmail.com _________________________ Melanie D. Baysa Chair, Bids And Awards Committee Date Of Posting: February 5-13, 2025
Closing Soon13 Feb 2025
Tender AmountPHP 559.8 K (USD 9.6 K)
City Of Bais Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The Gathered Data During The Mobile Civil Registration From Various Barangays Of The City Of Bais, City Civil Registrar’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 33-25 Php 149,500.00 1 1 Unit 24 Ports Gigabit Switch Hub 2 3 Units Printer 3 In 1 Printer Continous Ink With Scanner And Xerox Ultra- Low-cost Printing: Save Up To 90% On The Cost Of Inknext Generation Ink Filling System: Enjoy Hassle And Mess-free Refills With Enhanced Ink Bottles Reliable Results: Micro Piezo Technology, Epson Genuine Ink, Warranty3-in-1: Print, Copy & Scan And Borderless 10x15cm Photo Printing Print Resolution: 5760 X 1440 Dpiprint Speed: 10 Pages/min Monochrome, 5 Pages/min Colours5760 X 1400 Dpicompatible: Mac Os 10.10.x, Mac Os 10.7.x, Mac Os 10.8.x, Mac Os 10.9.x, Mac Os X 10.6.8 Or Later, Windows 10, Windows 7, Windows 7x64, Windows 8, Windows 8 (32/64 Bit), Windows 8.1, Windows 8.1 X 64 Edition, Windows Vista, Windows Vista X 64, Windows Xp, Windows Xp X 64, Xp Professional X 64 Edition 3 2 Units Computer Processor: I7 13th Gen All Series Operating System: Windows 10 Home 64 Processor Family: I7 13700 Processor Processor: I7 13700 (2.1ghz Base Frequency, Up To 4.2ghz, L3 Cache 30mb, Hexadeca-core) Mainboard: H610-ds4-v1.1 Ram Memory: 16 Gb Ddr4-2666mhz Internal Storage: 1tb Ssd Graphics Card (integrate): Intel® Uhd Graphics 770 Monitor: 144 Hz 22" Monitor Keyboard: Mechanical Keyboard Mouse: Viper Mini Or Any Good Quality Mouse 4 1 Box Cat 6e Utp Ethernet Lan Cable, 305m 5 1 Pack Rj 45 Cat 6e Connector, High Quality, 100 Pcs. 6 2 Units Flash Drive, 128gb, Usb 3.0 Plug & Play The Approved Budget For The Contract Is To Be Taken From Gad Fund, Civil Registration Program, 7621-1-07-05-030. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 11, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.)mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Soon11 Feb 2025
Tender AmountPHP 149.5 K (USD 2.5 K)
BARANGAY PALLOC, BALLESTEROS, CAGAYAN Tender
Civil And Construction...+2Drainage Work, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Palloc Invitation To Bid For Invitation To Bid For Procurement Of Various Materials For The Improvement/rehabilitation Of Drainage Canal Along Ammupay Street 1. The Barangay Government Of Palloc, Through The 2025 20% Development Fund Of The Barangay Approved By The Sanggunian Intends To Apply The Sum Of One Hundred Eighty Nine Thousand One Hundred Twenty Three Pesos And Ninety Eight Centavos (p 189,123.98) Being The Abc To Payments Under The Contract For Project Reference No. 07-2025 – Procurement Of Various Materials For The Improvement/rehabilitation Of Drainage Canal Along Ammupay Street. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Palloc Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Palloc And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04 – February 25, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am February 25, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of February 25, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Palloc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Gloria T. Garcia Barangay Treasurer Palloc, Ballesteros, Cagayan 09360464410 (sgd.) Kagawad Cresencia L. Alquiza Bac Chair
Closing Soon13 Feb 2025
Tender AmountPHP 189.1 K (USD 3.2 K)
City Government Of Isabela Tender
Furnitures and Fixtures
Philippines
Details: Description 1. The City Government Of Isabela, Basilan, Intends To Apply The Sum Of Nine Million Nine Hundred Ninety-four Thousand Four Hundred Seventy-eight (₱9,994,478.00) For Procurement Of Furnitures For The New City Hall Building. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Isabela, Basilan Now Invites Bids For Procurement Of Furnitures For The New City Hall Building To Wit: Stock Quantity Unit Of Item Description 1 17 Pcs Executive Table 2 17 Pcs Executive Chair Employee Tables: 3 7 Pcs A. 6-person Workstation 4 2 Pcs B. 4-person Workstation 5 110 Pcs C. Single Workstation 6 160 Pcs Employee Chair 7 2 Pcs Conference Table 8-seater 8 16 Pcs Conference Chairs 9 25 Pcs Visitors Chairs 10 28 Pcs Printer Tables 11 7 Pcs 3-seater Gang Chairs 13 2 Rolls Carpet (40 Sqm/roll) Filing Cabinets For Fabrication 14 1 Pcs Shoe Cabinet Partition (2.60m X 0.40m X 2.40m) 15 17 Pcs Cabinet-1 (3.60m X 0.45m X 0.90m) 16 1 Pcs Cabinet-2 (4.60m X 0.45m X 0.90m) 17 2 Pcs Cabinet-3 (1.40m X 0.45m X 0.90m) 18 1 Pcs Cabinet-4 (2.40m X 0.90m X 2.40m) 19 2 Pcs Cabinet-5 (1.60m X 0.90m X 2.40m) 20 2 Pcs Cabinet-6 (3.60m X 0.45m X 2.40m) 21 8 Pcs Cabinet-7 (2.40m X 0.45m X 2.40m) 22 5 Pcs Cabinet-8 (3.00m X 0.45m X 2.40m) 23 1 Pcs Cabinet-9 (2.00m X 0.45m X 2.40m) 24 2 Pcs Cabinet-10 (1.80m/4.80m X 0.45m X 2.40m) 25 1 Pcs Cabinet-11 (4.00m/3.45m X 0.45m X 2.40m) 26 3 Pcs Cabinet-12 (3.00m X 0.45m X 0.90m) 27 20 Pcs Folding Tables (size: 6ft, Color: White) 28 130 Pcs Folding Chairs (size: Regular, Color: White) 29 2 Unit Split Type Aircon W/ Installation, 1.0 Hp ( Koppel) 30 3 Unit Split Type Aircon W/ Installation, 1.5 Hp ( Koppel) 31 8 Unit Split Type Aircon W/ Installation, 2.0 Hp ( Koppel) 32 4 Unit Split Type Aircon W/ Installation, 3 Tons ( Koppel) 33 17 Unit Split Type Aircon W/ Installation, 5.0 Tons ( Koppel) 34 2 Pcs Panel Board W/ Center Main 200at30 Branches 18-30at 35 300 Meter 50mm Wire 36 9 Box #10 Thhn / Thwn 37 11 Box #8 Thhn / Thwn 38 200 Pcs Pvc 1-inch 39 18 Pcs Cabe W/ Cover 2,400x200x100mm 40 1 Installation Fee The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee City Of Isabela, Basilan And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On February 11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before February 25, 2025 At 9:30 A.m., Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. All Bids Must Be Accompanied By A Bid Security In Cash, Certified Checks Or Bank Guarantee. Bid Opening Shall Be On February 25, 2025 At 9:30 A.m Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Bac Isabela City, Basilan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Roberto E. Arsena Ii Bac Secretariat Head Bac Office, 2nd Floor Main Building, City Hall Sunrise, Isabela City, Basilan Cp No. 09958110219 Vido F. Yu Bac Chairman Pre-bid Conference
Closing Date25 Feb 2025
Tender AmountPHP 9.9 Million (USD 172.2 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Procurement Of 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) Under Corn Program Fy 2024 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Five Million Pesos (ᵽ 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) Under Corn Program Fy 2024 With Project Identification No.: Itb-2025-01-145. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) A. Prime Mover Type: Diesel Engine Engine Displacement: 1400 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Up To Six (6) Wheels Payload: 900 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin : Single Rear Body Type: Dropside Cargo D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 100 Liters, Minimum 2. Output Power: 120 Ps, Minimum 3. Engine Torque: 300 N-m, Minimum 4. With Canopy And Two (2) Pieces Retractable Chair At Least 8-ft Long "5. Canopy Specifications: Made Of Metal Sheet At Least Gauge 18 (1.2mm) Thickness, Painted Finish (white) Dimensions: 8-ft Long X 1.5 Meters High X 2.1 Meters Wide, Minimum" 6. Rear Body / Container Dimension (lxwxh): 4900 (16 Ft) X 1524 (5 Ft) X 426 Mm (1.3 Ft), Minimum 7. Warranty: 3 Years Or 100,000 Km Whichever Comes First 8. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 9. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System, With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 10. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 12. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 13. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 14. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 15. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification Complete With Canopy And Retractable Chair. Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 24, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date24 Feb 2025
Tender AmountPHP 5 Million (USD 86.1 K)
City Of Bais Tender
Chemical Products
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.9) (small Value Procurement) The City Government Of Bais Invites Interested Suppliers To Apply For Small Value Procurement For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Pr 15-25 – To Wash And Sanitize Hands Of Garbage Collectors And Vehicles, City Environment And Natural Resources Office, Viz: Php 60,000.00 1 300 Pairs Cotton Knited Gloves, Orange Rubber Palm, Ordinary 2 250 Pcs Bath Soap, 90 Grams, Antibacterial 3 12 Gals Rubbing Alcohol, 70% Solution 4 4 Gals Disinfectant Concentrated, Fresh Scent, Gallon 5 11 Pcs. Car Air Freshener, Gel (apple Scent) The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 020a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On February 11, 2025 At 2:00 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, (sgd)mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Soon11 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
891-900 of 2169 active Tenders